Denmark-Brøndby: Financial and insurance services

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title Denmark-Brøndby: Financial and insurance services
OJEU (High Value) 459054-2020
Type Invitation to tender
Date Published 2020-09-30
Deadline 2020-10-27 10:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Danske Licens Spil A/S
National registration number: National registration number: 33034474
Postal address: Korsdalsvej 135
Town: Brøndby
Postal code: 2605
Country: DK
Contact person: Jakob Johansen
Telephone: +45 30858517
E-mail: jajo@danskespil.dk
NUTS code: DK
Main address: http://www.danskespil.dk
Address of the buyer profile (URL): https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/62993
I.1) Name and addresses:
Official name: Danske Lotteri Spil A/S
National registration number: National registration number: 433034482
Postal address: Korsdalsvej 135
Town: Brøndby
Postal code: 2605
Country: DK
Contact person: Jakob Johansen
Telephone: +45 30858517
E-mail: jajo@danskespil.dk
NUTS code: DK
Main address: http://www.danskespil.dk
Address of the buyer profile (URL): https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/62993
Joint procurement
I.2) The contract involves joint procurement

Communication
I.3) Procurement documents
(URL):http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=279976&B=DS

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=279976&B=DS
I.3.8) to the above mentioned address
I.4) Type of the contracting authority: BODY PUBLIC
I.5.2) Other activity -
Lottery and gambling

Section II: Object of Contract


Title:
Contract Regarding Payment Gateway and Acquiring Services, Including Related and Complementary Services

Reference number: Payment gateway and Acquiring

II.1.4) Short description
The contracting authority is tendering a public contract regarding payment gateway and acquiring services, including related and complementary services.

The contract is not divided into subcontracts, as significant economies of scale are expected by consolidating the activities.

The time indications in the tender material are stated based on the time zone of Denmark.

The estimated value below is the maximum value of costs and fees that the contracting authority estimates will be able to accrue over the 7 years that the contract may run.

II.01) Estimated value excluding VAT:
DKK 85000000.00

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: DK
II.2.3.2) Main site or place of performance:
Denmark.

II.1.4) Short description
The tender procedure will be conducted in accordance with the provisions in the Danish Public Procurement Act (Udbudsloven).

The contracting authority is tendering a public contract regarding payment gateway and acquiring services, including related and complementary services.

This includes payment gateway services such as:

— deposit methods,

— store cards,

— recurrent (subscription),

— transaction details,

— frontend,

— fraud/anti-money laundering (AML),

— reporting,

— configuration,

— handling of multiple merchants,

— payment gateway administrative interface/backoffice,

— withdrawals,

— Omnichannel,

— services related to account-2-account/open banking.

This includes acquiring services such as:

— acquiring,

— safety (compliance),

— finance and reconciliation,

— retail.

II.2.5) Award criteria:

II.02.07) Duration in months 48
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
The contract can run for a total of up to 84 months from the go-live-date.

The duration of the contract is 4 years calculated from the go-live-date and can be extended by the contracting authority up to 3 times, with each extension running 1 year, so that the total duration of the contract can be up to 7 years from the go-live-date.

II.2.9) Envisaged number of candidates 3
II.2.9,4) Objective criteria for choosing the limited number of candidates:
3 applicants will be pre-qualified to submit initial tenders, if the contracting authority receives a request for pre-qualification from more than 3 suitable applicants.

The pre-qualification of the most suitable candidates is based on which applicants document the most relevant references, based on the information in the references provided by the applicant in Part IV, C of the ESPD, ‘Technical and professional capacity’.

In the evaluation of the relevance of the up to three (3) references regarding the delivery of payment gateway services cf. II.2.4) of the contract notice, it is weighted positively if the references together (meaning it is sufficient that 1 reference covers each selection criteria, 1-4) contains:

1) Dankort processing;

2) MobilePay processing;

3) subscription management;

4) payment gateway services delivered to a gambling company.

And to what extent:

5) the payment gateway services in the references together constitute a large monetary value (where a larger value is preferred over a smaller value).

Section 1-5 reflects the priority of the selection criteria, which is used in the overall assessment of the references regarding the delivery of payment gateway services, where section 1 is given the greatest importance, while section 5 is given the least importance. The evaluation of the payment gateway references will be conducted as an overall assessment, where a score is given from 0-10) where 10 is best.

In the evaluation of the relevance of the up to three (3) references regarding the delivery of acquiring services cf. II.2.4) of the contract notice, it is weighted positively if the references together (meaning it is sufficient that 1 reference covers each selection criteria, 1-3) contains:

1) acquiring services delivered to a customer subject to the Money Laundering Directive (EU Directive 2015/849 on preventing the use of the financial system for money laundering or terrorist financing);

2) acquiring services delivered in retail (physical store(s));

3) acquiring services delivered to a gambling company and to what extent;

4) acquiring services in the references together constitute a large monetary value (where a larger value is preferred over a smaller value).

Section 1-4 reflects the priority of the selection criteria, which is used in the overall assessment of the references regarding the delivery of acquiring services, where section 1. is given the greatest importance, while section 4 is given the least importance. The evaluation of the acquiring references will be conducted as an overall assessment, where a score is given from 0-10, where 10 is best.

The total evaluation of all the references for both payment gateway and acquiring services will be calculated as follows: points for references regarding payment gateway services * 70 % + points for references regarding acquiring services * 30 %. Applicants with the highest overall evaluation of their references have submitted the most relevant references.

II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
The contract contains the following two (2) mandatory options:

A. Youbet,

B. Tivoli Casino.

The options are extensions of the Acquiring services otherwise delivered to also include acquiring associated with the brands ‘Youbet’ and ‘Tivoli Casino’.

The procurement is related to a project and/or programme financed by European Union funds): no

Additional Information:

An information meeting will be held on Tuesday, October 6 from 12.30-14.00. The information meeting will be held online via Microsoft Teams.

The meeting can be accessed via the link in the invitation letter in EU-Supply.

Interested participants are encouraged to try out Microsoft Teams before the meeting.


Section III: Legal, economic, financial and technical information

III.1.3.2) List and brief description of selection criteria
The applicant should in Part IV, C of the ESPD describe the six (6) most relevant references, cf. II.2.9) of the contract notice, carried out by the applicant during the last 3 years before the application deadline:

— 3 (of the 6) references regarding the delivery of payment gateway services;

— 3 (of the 6) references regarding the delivery of acquiring services.

Only references relating to services performed at the time of application will be given importance. Therefore, in the case of an ongoing delivery, only the part of the deliveries made at the time of application can be included in the reference.

Deliveries to the contracting authority may be used as a reference.

Deliveries of acquiring services regarding Dankort must not be included in the references for acquiring services. If an applicant has delivered both payment gateway services and acquiring services cf. II.2.4) of the contract notice, under the same contract, and the applicant wishes to use the deliveries as references, then the two different services are separated and the applicant dedicates a reference to each description.

It should, as a minimum, be very clear from the description of each reference who the customer was, whether the reference regards payment gateway services or acquiring service, a more detailed description of which deliveries were covered by the reference, the time of delivery and the financial size of the reference at the time of the application.

No more than 6 references can be submitted in total and no more than 3 references for payment gateway services and acquiring services, respectively, even if the tenderer relies on others or is a consortium. If more than 6 references in total are submitted, only the first 6 references will be included in the evaluation. If more than 3 references in total are submitted for payment gateway services and acquiring services, respectively, only the first 3 references will be included in the evaluation regarding each.

When submitting an application, the applicant agrees that the contracting authority can contact the specified customer in the references in order to have the accuracy of the submitted information confirmed.

III.2.2) Contract performance conditions
The code of conduct set out in Appendix 9 must be complied with. This annex contains i.a. requirements regarding the UN Global Compact, the UN Guidelines on Human Rights and Business, the OECD Guidelines for Multinational Enterprises and ILO Convention No 94.


Section IV: Procedure

IV.1.1) Type of procedure: Competitive Negotiation
IV.1.1) Type of procedure: Competitive procedure with negotiation
IV.1.5) The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-10-27
IV.2.2) Local time 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2020-11-12


IV.2.6) Duration in months (from the date stated for receipt of tender): 6

Section V: Complementary information



Additional Information:

Participation in the tender procedure can only take place electronically via EU-Supply. To access the tender material, the applicant must be registered or register as a user in EU-Supply, which can be done free of charge.

The applicants and tenderers may ask written questions during the tender procedure. Questions are asked via EU Supply's dedicated module for questions. The deadline for submission of questions during the pre-qualification phase is 9 calendar days before the deadline for submission of applications. Questions received later cannot be expected to be answered. In addition to this, questions can only be expected to be answered if it is possible to answer them no later than 6 calendar days before the deadline.

Applications are submitted in EU Supply's dedicated module for submission of applications. The application is a filled out ESPD. In the case of an association of economic operators (a consortium), a separate ESPD must be submitted for each of the participating economic operators. The ESPD of the other participating economic operators shall contain the information required in Part II-V of the ESPD. By submitting the ESPD, the economic operators of the association declare to assume direct, joint and several and unlimited liability for the fulfilment of the contract.

If the applicant relies on the ability of other entities, an ESPD must be submitted for each of the entities on which the applicant relies on. The relevant information for each entity on which the applicant relies on, is stated in Part II, A + B and Part III of the ESPD, as well in Part IV, B, C and Part V. By submitting the ESPD, each of the entities on which the applicant bases his capacity declare, to assume direct, joint and several and unlimited liability for the fulfilment of the contract.

An economic operator can only be a participant in one association of economic operators (a consortium). However, the same economic operator may well be a participant in one association and at the same time let other tenderers rely on it or be a subcontractor to several tenderers.

However, each applicant may submit only one application for pre-qualification.

The applicant will be excluded from participation in the tender procedure if the candidate is covered by the mandatory grounds for exclusion mentioned in sections 135 and 136 of the Danish Public Procurement Act (Udbudsloven), unless the applicant has submitted sufficient documentation that the applicant is reliable in accordance with section 138 (self cleaning).

At any time during the tender procedure, but before the award decision, the contracting authority can demand, that the tenderers who are still participating in the procedure or to whom the contracting authority intends to award the contract, must submit documentation for the information submitted in the ESPD.

Subcontractors on whom the applicant has relied on, must sign a declaration of commitment that bind the subcontractors to be jointly and severally liable for the fulfillment of the contract, as part of the documentation.

Each economic operator in an association of economic operators, must sign a declaration concerning formation of consortium that binds each economic operator to be jointly and severally liable for the fulfillment of the contract, as part of the documentation.

Regarding section IV.2.4) in the contract notice: questions, applications and tenders are submitted in English. The contracting authority reserves the right to disregard those parts of the questions, applications and tenders which have not been submitted in English.


Review body:
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: DK
Telephone: +45 72405600
E-mail: klfu@naevneneshus.dk
URL: https://klfu.naevneneshus.dk/
VI.4.3) Precise information on deadline(s) for review procedures
According to the Danish act on the Complaints Board for Public Procurement (Lov om Klagenævnet for Udbud), the following deadlines apply for filing a complaint:

Complaints regarding a candidate not being pre-qualified must be filed with the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) within 20 calendar, cf. section 7, paragraph 1 of the Act, starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision, cf. section 2, paragraph 1 of the Act and section 171, paragraph 2 of the Danish Public Procurement Act (Udbudsloven).

Other complaints must, cf. section 7, paragraph 2 of the Danish act on the Complaints Board for Public Procurement Act (Lov om Klagenævnet for Udbud), be filed with the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) within:

1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);

2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;

3) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision, cf. section 2, paragraph 2 of the Act and 171, paragraph 4 of the Danish Public Procurement Act (Udbudsloven);

4) 20 calendar days from the day after the contracting authority has notified its decision, cf. section 185, paragraph 2 of the Danish Public Procurement Act (Udbudsloven).

No later than the time a complaint is lodged with the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud), the complainant must notify the contracting authority in writing that a complaint is submitted to the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud), and whether the complaint has been filed during the standstill period, cf. section 6, paragraph 4 the Danish act on the Complaints Board for Public Procurement (Lov om Klagenævnet for Udbud). In cases where the complaint has not been lodged during the standstill period, the complainant must also indicate whether a suspensory effect is requested from the complaint, cf. section 12, paragraph 1 of the Act.

The Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) email address is stated in Section VI.4.1).

The Danish Complaints Board for Public Procurements (Klagenævnet for Udbud) complaint instructions can be found at: www.erhvervsstyrelsen.dk


VI.04.04) Service from which information about the review
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: DK
Telephone: +45 41715000
E-mail: kfst@kfst.dk
URL: http://www.kfst.dk

Section VI

Date of dispatch of this notice : 2020-09-25

CPV Codes
66000000; 72200000; 72260000; 72268000; Financial and insurance services; Software programming and consultancy services; Software-related services; Software supply services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.